bsdi...ncs technologies, inc. tc-2 new catalog 4a. cage code: 1bek6 4b. contractor has registered...

62

Upload: others

Post on 24-Jan-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

  • March 2013

  • NCS Technologies, Inc.

    Information Technology (IT) Schedule Contract Number: GS-35F-4677G

    FEDERAL ACQUISTIION SERVICE INFORMATION TECHNOLOGY SCHEDULE PRICELIST

    GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT

    Special Item No. 132-8 Purchase of Hardware

    132-8 PURCHASE OF EQUIPMENT FSC CLASS 7010 – SYSTEM CONFIGURATION 1. End User Computer / Desktop 2. Professional Workstation 3. Server 4. Laptop / Portable / Notebook FSC CLASS 7-25 – INPUT/OUTPUT AND STORAGE DEVICES 1. Display 2. Network Equipment 3. Storage Devices including Magnetic Storage, Magnetic Tape and Optical Disk

    NCS TECHNOLOGIES, INC. 7669 Limestone Drive

    Gainesville, VA 20155-4038 Tel: (703) 621-1700 Fax: (703) 621-1701

    Website: www.ncst.com

    Contract Number: GS-35F-4677G – Option Year 3 Period Covered by Contract: May 15, 1997 through May 14, 2017

    GENERAL SERVICE ADMINISTRATION FEDERAL ACQUISTIION SERVICE

    Products and ordering information in this Authorized FAS IT Schedule Price List is also available on the GSA Advantage! System.

    Agencies can browse GSA Advantage! By accessing GSA’s Home Page via Internet at www.gsa.gov.

  • NCS Technologies, Inc. New Catalog i

    TABLE OF CONTENTS

    INFORMATION FOR ORDERING OFFICES ............................................................................................................................................................................................................................... TC-1 SPECIAL NOTICE TO AGENCIES – SMALL BUSINESS PARTICIPATION 1. Geographical Scope of Contract .............................................................................................................................................................................................................................. TC-1 2. Contractor’s Ordering Address and Payment Information ...................................................................................................................................................................................... TC-1 3. Liability for Injury or Damage ................................................................................................................................................................................................................................ TC-1 4. Statistical Data for Government Ordering Office’s Completion of Standard Form 729 ........................................................................................................................................ TC-1 5. F.O.B. Point .............................................................................................................................................................................................................................................................. TC-2 6. Delivery Schedule ..................................................................................................................................................................................................................................................... TC-2 7. Discounts ................................................................................................................................................................................................................................................................... TC-2 8. Trade Agreement Acts of 1979, As Amended .......................................................................................................................................................................................................... TC-2 9. Statement Concerning Availability of Export Packing ........................................................................................................................................................................................... TC-2 10. Small Requirements ............................................................................................................................................................................................................................................... TC-2 11. Maximum Order ..................................................................................................................................................................................................................................................... TC-2 12. Ordering Procedures for Federal Acquisition Service Schedule Contracts ........................................................................................................................................................... TC-2 13. Federal Information Technology/Telecommunication Standards Requirements .................................................................................................................................................. TC-2 13.1 Federal Information Processing Standards Publications (FIPS PUBS) .............................................................................................................................................................. TC-2 13.2 Federal Telecommunication Standards (FED-STDS) ......................................................................................................................................................................................... TC-2 14. Contractor Tasks/Special Requirements (C-FAS-370) (Nove 2001) .................................................................................................................................................................... TC-3 15. Contract Administration for Ordering Offices ...................................................................................................................................................................................................... TC-3 16. GSA Advantage! .................................................................................................................................................................................................................................................... TC-3 17. Purchase of Open Market Items ............................................................................................................................................................................................................................... TC-3 18. Contractor Commitments, Warranties, and Representations ................................................................................................................................................................................. TC-4 19. Overseas Activities ................................................................................................................................................................................................................................................. TC-4 20. Blanket Purchase Agreements (BPAs) ................................................................................................................................................................................................................... TC-4 21. Contractor Team Arrangements .............................................................................................................................................................................................................................. TC-4 22. Installation, Deinstallation, Reinstallation ............................................................................................................................................................................................................. TC-4

    23. Section 508 Compliance ......................................................................................................................................................................................................................................... TC-4 24. Prime Contractor Ordering From Federal Acquisition Service Schedules ............................................................................................................................................................ TC-4 25. Insurance—Work on Government Installation (Jan 1997) (FAR 522.228-5) ....................................................................................................................................................... TC-4 26. Software Interoperability ........................................................................................................................................................................................................................................ TC-5

    27. Advance Payments .................................................................................................................................................................................................................................................. TC-5 TERMS AND CONDITIONS APPLICABLE TO PURCHASE OF GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT (SIN 132-8) .................................................................................................................................... TC-6 USA COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION PROCUREMENT PROGRAMS .................................................................................................................... TC-8 BEST VALUE BLANKET PURCHASE AGREEMENT FEDERAL ACQUISITIION SCHEDULE ........................................................................................................................................... TC-9 BASIC GUIDELINES FOR USING “CONTRACTOR TEAM ARRANGEMENTS” ................................................................................................................................................................. TC-11 PRODUCT OFFERINGS ................................................................................................................................................................................................................................................................. PO-1 NCS Workstations, Servers and Notebooks ................................................................................................................................................................................................................ PO-1 OEM Components Available Only for Integration Into NCS Systems ..................................................................................................................................................................... PO-26 4Q Technology ................................................................................................................................................................................................................................................. PO-26 3COM Corporation .......................................................................................................................................................................................................................................... PO-26 3D Labs .............................................................................................................................................................................................................................................................. PO-26 ActionTec Electronics ....................................................................................................................................................................................................................................... PO-26 ActivCard Inc. .................................................................................................................................................................................................................................................... PO-26 Adaptec ............................................................................................................................................................................................................................................................ PO-26 Allied Telesyn .................................................................................................................................................................................................................................................. PO-26 Altec Lansing ................................................................................................................................................................................................................................................... PO-26 American Power Conversion (APC). ............................................................................................................................................................................................................... PO-27 ASUS Graphics .................................................................................................................................................................................................................................................. PO-28 ATI Technologies, Inc. .................................................................................................................................................................................................................................... PO-29 Avocent ............................................................................................................................................................................................................................................................ PO-29 Belkin ................................................................................................................................................................................................................................................................ PO-29 BSI ..................................................................................................................................................................................................................................................................... PO-29 BlackBox Technologies, Inc .............................................................................................................................................................................................................................. PO-29 Cherry ................................................................................................................................................................................................................................................................ PO-29 Compex , Inc. USA .......................................................................................................................................................................................................................................... PO-30 CP Technologies, Inc. ....................................................................................................................................................................................................................................... PO-30 Creative Labs ................................................................................................................................................................................................................................................... PO-30 Cremax Corporation ......................................................................................................................................................................................................................................... PO-30 CRU Inc. ............................................................................................................................................................................................................................................................ PO-30 Cyber Acoustics ............................................................................................................................................................................................................................................... PO-30 Diamond Multimedia ....................................................................................................................................................................................................................................... PO-30 D-Link Systems ................................................................................................................................................................................................................................................ PO-30 GEMPLUS ........................................................................................................................................................................................................................................................ PO-30 Hauppauge Computer Works ............................................................................................................................................................................................................................ PO-30 Hitachi America, Inc. ....................................................................................................................................................................................................................................... PO-30 IBM ................................................................................................................................................................................................................................................................... PO-31 Intel Networking .............................................................................................................................................................................................................................................. PO-32 IO Gear Coroporation ....................................................................................................................................................................................................................................... PO-33 Iomega Corporation ......................................................................................................................................................................................................................................... PO-33

  • NCS Technologies, Inc. New Catalog ii

    TABLE OF CONTENTS (continued)

    Kingston Technology ....................................................................................................................................................................................................................................... PO-33 LeadTek Research ............................................................................................................................................................................................................................................. PO-33 LG Electronics, Inc. ........................................................................................................................................................................................................................................... PO-33 Lite-On. ............................................................................................................................................................................................................................................................... PO-33 Maxtor Corporation ......................................................................................................................................................................................................................................... PO-33 Microsoft Corporation ..................................................................................................................................................................................................................................... PO-34 Microsolutions ................................................................................................................................................................................................................................................... PO-34 Panasonic ......................................................................................................................................................................................................................................................... PO-34 PNY .................................................................................................................................................................................................................................................................. PO-34 Quickshot ......................................................................................................................................................................................................................................................... PO-35 Red Hat ............................................................................................................................................................................................................................................................. PO-35 Seagate ............................................................................................................................................................................................................................................................. PO-35 SIIG .................................................................................................................................................................................................................................................................. PO-36 SimpleTech ...................................................................................................................................................................................................................................................... PO-36 SL Waber ......................................................................................................................................................................................................................................................... PO-36 SCM Microsystems ........................................................................................................................................................................................................................................... PO-36 SMC ................................................................................................................................................................................................................................................................. PO-36 Sony Corporation ............................................................................................................................................................................................................................................. PO-36 Symantec Corporation ..................................................................................................................................................................................................................................... PO-36 Sewell Corporation .......................................................................................................................................................................................................................................... PO-36 Targus Corporation .......................................................................................................................................................................................................................................... PO-36 TEAC Corporation ........................................................................................................................................................................................................................................... PO-36 Toshiba ............................................................................................................................................................................................................................................................... PO-36 Xircom................................................................................................................................................................................................................................................................ PO-37 US Robotics ..................................................................................................................................................................................................................................................... PO-37 Explanation of Warranty Codes for Integrated Items ................................................................................................................................................................................................ PO-37 Products from Other Manufacturers Offered for Resale ........................................................................................................................................................................................... PO-38 Fujitsu ............................................................................................................................................................................................................................................................... PO-38 Hyundai ............................................................................................................................................................................................................................................................ PO-38 IMC Networks ................................................................................................................................................................................................................................................. PO-39 Lenovo ............................................................................................................................................................................................................................................................. PO-39 Lexmark ........................................................................................................................................................................................................................................................... PO-39 Plug In Storage ................................................................................................................................................................................................................................................. PO-40 Samsung Electronics ........................................................................................................................................................................................................................................ PO-40 TAA .................................................................................................................................................................................................................................................................. PO-42 Targus ............................................................................................................................................................................................................................................................... PO-43

  • NCS Technologies, Inc. New Catalog TC-1

    INFORMATION FOR ORDERING OFFICES

    SPECIAL NOTICE TO AGENCIES SMALL BUSINESS PARTICIPATION

    SBA strongly supports the participation of small business concerns in the Federal Acquisition Service Schedule Program. To enhance Small Business Participation SBA policy allows agencies to include in their procurement base and goals, the dollar value of orders expected to be placed against the Federal Acquisition Service Schedules, and to report accomplishments against these goals.

    For orders exceeding the micropurchase threshold, FAR 8.404 requires agencies to consider the catalogs/pricelists of at least three schedule contractors or consider reasonably available information by using the GSA Advantage!™ on-line shopping service (www.FAS.gsa.gov). The catalogs/pricelists, GSA Advantage!™ and the Federal Acquisition Service Home Page (www.FAS.gsa.gov) contain information on a broad array of products and services offered by small business concerns.

    This information should be used as a tool to assist ordering activities in meeting or exceeding established small business goals. It should also be used as a tool to assist in including small, small disadvantaged, and women-owned small businesses among those considered when selecting pricelists for a best value determination.

    For orders exceeding the micropurchase threshold, customers are to give preference to small business concerns when two or more items at the same delivered price will satisfy their requirement.

    1. GEOGRAPHIC SCOPE OF CONTRACT: (a) Domestic delivery is delivery within the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. Territories. Domestic delivery also includes a port or consolidation point, within the aforementioned areas, for orders received from overseas activities. Overseas delivery is delivery to points outside of the 48 contiguous states, Washington, DC, Alaska, Hawaii, Puerto Rico, and U.S. Territories. Offerors are requested to check one of the following boxes:

    [X] The Geographic Scope of Contract will be domestic and overseas delivery. [ ] The Geographic Scope of Contract will be overseas delivery only. [ ] The Geographic Scope of Contract will be domestic delivery only.

    2. CONTRACTOR’S ORDERING ADDRESS AND PAYMENT INFORMATION (a) For computer-to-computer EDI orders, orders by facsimile transmission, and mailed orders, please contact the office below: GSA Program Office NCS Technologies, Inc. 7669 Limestone Drive Gainesville, Virginia 20155-4038 Telephone: (703) 621-1700 Facsimile: (703) 621-1701 (b) For payments, please forward them to the following address: Accounts Receivable

    NCS Technologies, Inc. 7669 Limestone Drive Gainesville, Virginia 20155-4038 (c) NCS is required to accept the Government purchase card for payments equal to or less than the micropurchase threshold for oral or written delivery orders. Government purchase

    cards will be acceptable for payment above the micropurchase threshold. In addition, bank account information for wire transfer payments will be shown on the invoice.

    (d) To obtain technical and ordering assistance, please contact the phone number below: Telephone: (703) 621-1700

    (888) RING-NCS Facsimile: (703) 621-1701

    3. LIABILITY FOR INJURY OR DAMAGE NCS shall not be liable for any injury to Government personnel or damage to Government property arising from the use of equipment maintained by NCS, unless such injury or damage is due to the fault or negligence of NCS. 4. STATISTICAL DATA FOR GOVERNMENT ORDERING OFFICE COMPLETION OF STANDARD FORM 729 Block 9: G. Order/Modification Under Federal Schedule Block 16: Data Universal Numbering System (DUNS): 96-100-3720 Block 30: Type of Contractor - A A. Small Disadvantaged Business B. Other Small Business C. Large Business G. Other Nonprofit Organization L. Foreign Contractor Block 31: Woman-Owned Small Business - NO Block 36: Contractor's Taxpayer Identification Number (TIN) - 54-1822366

  • NCS Technologies, Inc. New Catalog TC-2

    4a. CAGE Code: 1BEK6

    4b. Contractor has registered with the Central Contractor Registration Database.

    5. F.O.B. DESTINATION 6. DELIVERY SCHEDULE (a) TIME OF DELIVERY. NCS shall deliver to destination within the number of calendar days after receipt of order (ARO), as set forth below. SPECIAL ITEM NUMBER DELIVERY TIME (Days ARO) 132-8 30 Days (b) URGENT REQUIREMENTS. When the Federal Acquisition Service Schedule contract delivery period does not meet the bona fide urgent delivery requirements of an ordering

    agency, agencies are encouraged, if time permits, to contact NCS for the purpose of obtaining accelerated delivery. NCS shall reply to the inquiry within 3 workdays after receipt. (Telephonic replies shall be confirmed by NCS in writing.) If NCS offers an accelerated delivery time acceptable to the ordering agency, any order(s) placed pursuant to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms and conditions of the contract.

    7. DISCOUNTS:

    Prices shown are NET prices; Basic discounts have been deducted.

    a. Prompt Payment: 1% - 10 days from receipt of invoice or date of acceptance, whichever is later. b. Quantity: NCS may offer additional quantity discount on a case-by-case basis. Ordering activities are encouraged to inquire about this discount when placing orders. c. Dollar Volume: NCS may offer additional dollar volume discount on a case-by-case basis. Ordering agencies are encouraged to inquire about this discount when

    placing orders. d. Government Educational Institutions: NCS offers the same discounts to these institutions as it does to all other Government customers.

    f. Other: NCS does not offer any other discounts, except those shown in Paragraphs a through e above.

    8. TRADE AGREEMENT ACT OF 1979, AS AMENDED All items are U.S. made end products, designated country end products, Caribbean Basin country end products, Canadian end products, or Mexican end products as defined in the

    Trade Agreements Act of 1979, as amended. 9. STATEMENT CONCERNING AVAILABILITY OF EXPORT PACKING In addition to its standard commercial packing practice, NCS is capable of providing extra packing protection for equipment and software that are intended for export. This

    service is available to ordering agencies at an additional cost. Charges for this type of service will be negotiated on a case-by-case basis. In the absence of any specific instructions from ordering agencies, NCS will pack all ordered equipment and software in the manner that is consistent with its standard commercial practice.

    10. SMALL REQUIREMENTS

    The minimum dollar value of orders to be issued is $100.00. 11. MAXIMUM ORDER

    All dollar amounts cited below are exclusive of any discount for prompt payment. a. Special Item 132-8 - Purchase of Hardware The maximum dollar value per order for all purchased equipment will be $500,000. 12. ORDERING PROCEEDURES FOR FEDERAL ACQUISITION SERVICE SCHEDULE CONTRACTS. Ordering activities shall use the ordering procedures of Federal Acquisition Regulation (FAR) 8.405 when placing an order or establishing a BPA for supplies or services. These procedures apply to all schedules.

    a. FAR 8.405-1 Ordering procedures for supplies, and services not requiring a statement of work.

    b. FAR 8.405-2 Ordering procedures for services requiring a statement of work.

    13. FEDERAL INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS Ordering activities acquiring products from this Schedule must comply with the provisions of the Federal Standards Program, as appropriate (reference: NIST Federal Standards Index). Inquiries to determine whether or not specific products listed herein comply with Federal Information Processing Standards (FIPS) or Federal Telecommunication Standards (FED-STDS), which are cited by ordering activities, shall be responded to promptly by the Contractor. 13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS) Information Technology products under this Schedule that do not conform to Federal Information Processing Standards (FIPS) should not be acquired unless a waiver has been granted in accordance with the applicable "FIPS Publication." Federal Information Processing Standards Publications (FIPS PUBS) are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Information concerning their availability and applicability should be obtained from the National Technical Information Service (NTIS), 5285 Port Royal Road, Springfield, Virginia 22161. FIPS PUBS include voluntary standards when these are adopted for Federal use. Individual orders for FIPS PUBS should be referred to the NTIS Sales Office, and orders for subscription service should be referred to the NTIS Subscription Officer, both at the above address, or telephone number (703) 487-4650. 13.2 FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS) Telecommunication products under this Schedule that do not conform to Federal Telecommunication Standards (FED-STDS) should not be acquired unless a waiver has been granted in accordance with the applicable "FED-STD." Federal Telecommunication Standards are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Ordering information and information concerning the availability of FED-STDS should be obtained from the GSA, Federal Acquisition Service, Specification Section, 470 East L’Enfant Plaza, Suite 8100, SW, Washington, DC 20407, telephone number (202)619-8925. Please include a self-addressed mailing label when requesting information by mail.

  • NCS Technologies, Inc. New Catalog TC-3

    Information concerning their applicability can be obtained by writing or calling the U.S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg, MD 20899, telephone number (301)975-2833. 14. CONTRACTOR TASKS/ SPECIAL REQUIREMENTS (C-FAS-370) (NOV 2001)

    (a) Security Clearances: NCS may be required to obtain/possess varying levels of security clearances in the performance of orders issued under this contract. All costs associated

    with obtaining/possessing such security clearances should be factored into the price offered under the Multiple Award Schedule.

    (b) Travel: NCS may be required to travel in performance of orders issued under this contract. Allowable travel and per diem charges are governed by Pub .L. 99-234 and FAR Part

    31, and are reimbursable by the ordering agency or can be priced as a fixed price item on orders placed under the Multiple Award Schedule. The Industrial Funding Fee does NOT apply to

    travel and per diem charges.

    NOTE: Refer to FAR Part 31.205-46 Travel Costs, for allowable costs that pertain to official company business travel in regards to this contract.

    (c) Certifications, Licenses and Accreditations: As a commercial practice, NCS may be required to obtain/possess any variety of certifications, licenses and accreditations for

    specific FSC/service code classifications offered. All costs associated with obtaining/ possessing such certifications, licenses and accreditations should be factored into the price offered under

    the Multiple Award Schedule program.

    (d) Insurance: As a commercial practice, NCS may be required to obtain/possess insurance coverage for specific FSC/service code classifications offered. All costs associated with

    obtaining/possessing such insurance should be factored into the price offered under the Multiple Award Schedule program.

    (e) Personnel: NCS may be required to provide key personnel, resumes or skill category descriptions in the performance of orders issued under this contract. Ordering activities may

    require agency approval of additions or replacements to key personnel.

    (f) Organizational Conflicts of Interest: Where there may be an organizational conflict of interest as determined by the ordering agency, NCS’s participation in such order may be

    restricted in accordance with FAR Part 9.5.

    (g) Documentation/Standards: NCS may be requested to provide products or services in accordance with rules, regulations, OMB orders, standards and documentation as specified

    by the agency’s order.

    (h) Data/Deliverable Requirements: Any required data/deliverables at the ordering level will be as specified or negotiated in the agency’s order.

    (i) Government-Furnished Property: As specified by the agency’s order, the Government may provide property, equipment, materials or resources as necessary.

    (j) Availability of Funds: Many Government agencies’ operating funds are appropriated for a specific fiscal year. Funds may not be presently available for any orders placed under the contract or any option year. The Government’s obligation on orders placed under this contract is contingent upon the availability of appropriated funds from which payment for ordering purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are available to the ordering Contracting Officer.

    15. CONTRACT ADMINISTRATION FOR ORDERING OFFICES Any ordering activity, with respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs (l) Termination for the ordering activity’s convenience, and (m) Termination for Cause (See C.1.) 16. GSA ADVANTAGE! GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches across all contracts including, but no limited to: (1) Manufacturer; (2) Manufacturer's Part Number; and (3) Product categories.

    Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.: NetScape). The Internet address is http://www.FAS.gsa.gov. 17. PURCHASE OF OPEN MARKET ITEMS NOTE: Open Market Items are also known as incidental items, noncontract items, non-Schedule items, and items not on a Federal Acquisition Service Schedule contract. ODCs (Other Direct Costs) are not part of this contract and should be treated as open market purchases. Ordering Activities procuring open market items must follow FAR 8.402(f).

    For administrative convenience, an ordering activity contracting officer may add items not on the Federal Acquisition Service Multiple Award Schedule (MAS) -- referred to as open market items -- to a Federal Acquisition Service Schedule blanket purchase agreement (BPA) or an individual task or delivery order, only if-

    (1) All applicable acquisition regulations pertaining to the purchase of the items not on the Federal Acquisition Service Schedule have been followed (e.g., publicizing (Part 5), competition requirements (Part 6), acquisition of commercial items (Part 12), contracting methods (Parts 13, 14, and 15), and small business programs (Part 19));

    (2) The ordering activity contracting officer has determined the price for the items not on the Federal Acquisition Service Schedule is fair and reasonable;

    (3) The items are clearly labeled on the order as items not on the Federal Acquisition Service Schedule; and

    (4) All clauses applicable to items not on the Federal Acquisition Service Schedule are included in the order.

  • NCS Technologies, Inc. New Catalog TC-4

    18. CONTRACTOR COMMITMENTS, WARRANTIES, AND REPRESENTATIONS a. For the purpose of this contract, commitments, warranties, and representations include, in addition to those agreed to for the entire schedule contract:

    (1) Time of delivery/installation quotations for individual orders; (2) Technical representations and/or warranties of products concerning performance, total system performance and/or configuration, physical, design and/or functional characteristics

    and capabilities of a product/equipment/service/software package submitted in response to requirements which result in orders under this schedule contract. (3) Any representations and/or warranties concerning the products made in any literature, description, drawings, and/or specifications furnished by the Contractor.

    b. The above is not intended to encompass items not currently covered by the GSA Schedule contract.

    19. OVERSEAS ACTIVITIES The terms and conditions of this contract shall apply to all orders for installation, maintenance and repair of equipment in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia, except as indicated below: All foreign countries Upon request of the NCS, the Government may provide the Contractor with logistics support, as available, in accordance with all applicable Government’s regulations. Such Government support will be provided on a reimbursable basis, and will only be provided to the Contractor’s technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract. 20. BLANKET PURCHASE AGREEMENTS (BPAs) The use of BPAs under any schedule contract to fill repetitive needs for supplies or services is allowable. BPAs may be established with one or more schedule contractors. The number of BPAs to be established is within the discretion of the ordering activity establishing the BPA and should be based on a strategy that is expected to maximize the effectiveness of the BPA(s). Ordering activities shall follow FAR 8.405-3 when creating and implementing BPA(s).

    21. CONTRACTOR TEAM ARRANGEMENTS Contractors participating in contractor team arrangements must abide by all terms and conditions of their respective contracts. This includes compliance with Clauses 552.238-74, Industrial Funding Fee and Sales Reporting, i.e., each contractor (team member) must report sales and remit the IFF for all products and services provided under its individual contract.

    22. INSTALLATION, DEINSTALLATION, REINSTALLATION

    The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which the United States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works with the United States, shall contain a clause that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis-Bacon Act do not apply if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirement of the Davis-Bacon Act applies. The ordering activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, deinstallation, and reinstallation services under SIN 132-8. 23. SECTION 508 COMPLIANCE.

    If applicable, Section 508 compliance information on the supplies and services in this contract are available in Electronic and Information Technology (EIT) at the following: www.ncst.com The EIT standard can be found at: www.Section508.gov/. 24. PRIME CONTRACTOR ORDERING FROM FEDERAL ACQUISITION SERVICE SCHEDULES

    Prime Contractors (on cost reimbursement contracts) placing orders under Federal Acquisition Service Schedules, on behalf of an ordering activity, shall follow the terms of the applicable schedule and authorization and include with each order –

    (a) A copy of the authorization from the ordering activity with whom the contractor has the prime contract (unless a copy was previously furnished to the Federal (b) Acquisition Service Schedule contractor); and (b) The following statement:

    This order is placed under written authorization from _______ dated _______. In the event of any inconsistency between the terms and conditions of this order and those of your Federal Acquisition Service Schedule contract, the latter will govern.

    25. INSURANCE—WORK ON GOVERNMENT INSTALLATION (JAN 1997) (FAR 52.228-5)

    (a) NCS shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, NCS shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective—

    (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or NCS gives written notice to the Contracting Officer, whichever period is longer.

  • NCS Technologies, Inc. New Catalog TC-5

    (c) NCS shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. 26. SOFTWARE INTEROPERABILITY

    Offerors are encouraged to identify within their software items any component interfaces that support open standard interoperability. An item’s interface may be identified as interoperable on the basis of participation in a Government agency-sponsored program or in an independent organization program. Interfaces may be identified by reference to an interface registered in the component registry located at http://www.core.gov. 27. ADVANCE PAYMENTS

    A payment under this contract to provide a service or deliver an article for the United States Government may not be more than the value of the service already provided or the article already delivered. Advance or pre-payment is not authorized or allowed under this contract. (31 U.S.C. 3324)

  • NCS Technologies, Inc. New Catalog TC-6

    TERMS AND CONDITIONS APPLICABLE TO PURCHASE OF GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT

    (SPECIAL ITEM NUMBER 132-8)

    1. MATERIAL AND WORKMANSHIP All equipment furnished hereunder must satisfactorily perform the function for which it is intended. 2. ORDER Written orders, EDI orders (GSA Advantage! and FACNET), credit card orders, and orders placed under blanket purchase agreements (BPA) agreements shall be the basis for purchase in accordance with the provisions of this contract. If time of delivery extends beyond the expiration date of the contract, the Contractor will be obligated to meet the delivery and installation date specified in the original order. For credit card orders and BPAs, telephone orders are permissible. 3. TRANSPORTATION OF EQUIPMENT FOB DESTINATION. Prices cover equipment delivery to destination, for any location within the geographic scope of this contract. 4. INSTALLATION AND TECHNICAL SERVICES a. INSTALLATION. When the equipment provided under this contract is not normally self-installable, the Contractor's technical personnel shall be available to the ordering activity, at the ordering activity's location, to install the equipment and to train ordering activity personnel in the use and maintenance of the equipment. The charges, if any, for such services are listed below, or in the price schedule:

    None

    b. INSTALLATION, DEINSTALLATION, REINSTALLATION. The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which the United

    States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works with the United States, shall contain a clause that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis-Bacon Act do not apply if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirement of the Davis-Bacon Act applies.

    The ordering activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, deinstallation, and reinstallation services under SIN 132-8. c. OPERATING AND MAINTENANCE MANUALS. The Contractor shall furnish the ordering activity with one (1) copy of all operating and maintenance manuals which are normally provided with the equipment being purchased.

    5. INSPECTION/ACCEPTANCE The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The ordering activity reserves the right to inspect or test any equipment that has been tendered for acceptance. The ordering activity may require repair or replacement of nonconforming equipment at no increase in contract price. The ordering activity must exercise its post acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

    6. WARRANTY a. Unless specified otherwise in this contract, the Contractor’s standard commercial warranty as stated in the contract’s commercial pricelist will apply to this contract. [NOTE: Please refer to the pricelist for the description of the warranty for each item.] b. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

    c. Limitation of Liability. Except as otherwise provided by an express or implied warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

    d. If inspection and repair of defective equipment under this warranty will be performed at the Contractor's plant, the address is as follows: NCS Technologies, Inc. 7669 Limestone Drive Gainesville, Virginia 20155-4038 7. PURCHASE PRICE FOR ORDERED EQUIPMENT The purchase price that the Government will be charged will be the Government purchase price in effect at the time of order placement, or the Government purchase price in effect on the installation date (or delivery date when installation is not applicable), whichever is less. 8. RESPONSIBILITIES OF THE CONTRACTOR The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City or otherwise) covering work of this character, and shall include all costs, if any, of such compliance in the prices quoted in this offer.

  • NCS Technologies, Inc. New Catalog TC-7

    9. TRADE-IN OF INFORMATION TECHNOLOGY EQUIPMENT When an agency determines that Information Technology equipment will be replaced, the agency shall follow the contracting policies and procedures in the Federal Acquisition Regulation (FAR), the policies and procedures regarding disposition of information technology excess personal property in the Federal Property Management Regulations (FPMR) (41 CFR 101-43.6), and the policies and procedures on exchange/sale contained in the FPMR (41 CFR part 101-46).

  • NCS Technologies, Inc. New Catalog TC-8

    USA COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION

    PROCUREMENT PROGRAMS PREAMBLE NCS Technologies, Inc. provides commercial products and services to the Federal Government. We are committed to promoting participation of small, small disadvantaged and women-owned small businesses in our contracts. We pledge to provide opportunities to the small business community through reselling opportunities, mentor-protege programs, joint ventures, teaming arrangements, and subcontracting. COMMITMENT To actively seek and partner with small businesses. To identify, qualify, mentor and develop small, small disadvantaged and women-owned small businesses by purchasing from these businesses whenever practical. To develop and promote company policy initiatives that demonstrate our support for awarding contracts and subcontracts to small business concerns. To undertake significant efforts to determine the potential of small, small disadvantaged, and women-owned small businesses to supply products and services to our company. To insure procurement opportunities are designed to permit the maximum possible participation of small, small disadvantaged, and women-owned small businesses. To attend business opportunity workshops, minority business enterprise seminars, trade fairs, procurement conferences, etc., to identify and increase small business with whom to partner. To publicize in our marketing publications our interest in meeting small businesses that may be interested in subcontracting opportunities. We signify our commitment to work in partnership with small, small disadvantaged and women-owned small businesses to promote and increase their participation in Federal Government contracts. To accelerate potential opportunities, please contact: Mark E. Christopher NCS Technologies, Inc. Tel: (703) 743-8502 7669 Limestone Drive Fax: (703) 621-1701 Gainesville, Virginia 20155-4038 E-mail: [email protected]

  • NCS Technologies, Inc. New Catalog TC-9

    BEST VALUE BLANKET PURCHASE AGREEMENT

    FEDERAL ACQUISITION SERVICE SCHEDULE (Insert Customer Name)

    In the spirit of the Federal Acquisition Streamlining Act (Ordering Activity) and (Contractor) enter into a cooperative agreement to further reduce the administrative costs of acquiring commercial items from the General Service Administration (GSA) Federal Acquisition Service Schedule Contract(s) GS-35F-4677G. Federal Acquisition Service Schedule contract BPA’s eliminate contracting and open market costs such as: search for sources; the development of technical documents, solicitations and the evaluation of bids and offers. Teaming Arrangements are permitted with Federal Acquisition Service Schedule contractors in accordance with Federal Acquisition Regulation (FAR) Part 9.6. This BPA will further decrease costs, reduce paperwork and save time by eliminating the need for repetitive, individual purchases from the schedule contract. The end result is to create a purchasing mechanism for the Government that works better and costs less. Signature: ________________________________________________________ _______________________________________________________ ORDERING ACTIVITY DATE CONTRACTOR DATE

  • NCS Technologies, Inc. New Catalog TC-10

    BPA NUMBER______________________________

    (CUSTOMER NAME) BLANKET PURCHASE AGREEMENT

    Pursuant to GSA Federal Acquisition Service contract number(s) GS-35F-4677G, Blanket Purchase Agreements, the Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXECLUSIVELY WITH (Ordering Agency): (1) The following contract items can be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions of the contract, except as noted below:

    MODEL NUMBER/PART NUMBE * SPECIAL BPA DISCOUNT/PRICE ___________________________________________________________ _________________ ___________________________________________________________ _________________

    (2) Delivery:

    DESTINATION DELIVERY SCHEDULE/DATES

    (3) The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be . (4) This BPA does not obligate any funds. (5) This BPA expires on or at the end of the contract period, whichever is earlier. (6) The following office(s) is hereby authorized to place orders under this BPA:

    OFFICE POINT OF CONTACT

    (7) Orders will be placed against this BPA via Electronic Data Interchange, EDI, FAX, or paper. (8) Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum: .

    (a) Name of contractor; (b) Contract number; (c) BPA number; (d) Model number or National Stock Number (NSN); (e) Purchase order number; (f) Date of purchase; (g) Quantity, unit price, and extension of each item (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is

    itemized to show the information); and (h) Date of shipment.

    (9) The requirements of a proper invoice are as specified in the Federal Acquisition Service Schedule contract. Invoices will be submitted to the address specified within the purchase order

    transmission issued against this BPA. (10) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor’s

    invoice, the provisions of this BPA will take precedence.

  • NCS Technologies, Inc. New Catalog TC-11

    BASIC GUIDELINES FOR USING “CONTRACTOR TEAM ARRANGEMENTS”

    Federal Acquisition Service Schedule Contractors may use “Contractor Team Arrangements” (see FAR 9.6) to provide solutions when responding to a ordering activity requirements.

    These Team Arrangements can be included under a Blanket Purchase Agreement (BPA). BPAs are permitted under all Federal Acquisition Service Schedule contracts.

    Orders under a Team Arrangement are subject to terms and conditions or the Federal Acquisition Service Schedule Contract.

    Participation in a Team Arrangement is limited to Federal Acquisition Service Schedule Contractors.

    Customers should refer to FAR 9.6 for specific details on Team Arrangements.

    Here is a general outline on how it works:

    • The customer identifies their requirements.

    • Federal Acquisition Service Schedule Contractors may individually meet the customers needs, or -

    • Federal Acquisition Service Schedule Contractors may individually submit a Schedules “Team Solution” to meet the customer’s requirement.

    • Customers make a best value selection.

  • NCS TECHNOLOGIES, INC.

    NCS NOTEBOOKS, WORKSTATIONS, AND SERVERS

    Name of

    Manufacturer ITEM No. Part Description GSA Price

    GEMINI SERIES

    INTEL CPU

    PENTIUM / CORE / CELERON CPUs AND DDR SDRAM

    NCS NCS4473 GEMINI MODEL CT1-A391 BASIC PLATFORM FEATURING: 358.43

    Intel® Q67 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Four 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 16GB DDR3 SDRAM

    Two Conventional PCI Slots

    One PCI-Express 2.0 x16 Slot

    One PCI-Express 2.0 x4 Slot

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    Six USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged MicroATX Tower Chassis with CAG with One 5.25" External, One 3.5" External, and One 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4474 GEMINI MODEL CT2-A391 BASIC PLATFORM FEATURING: 358.43

    Intel® Q67 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Four 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 16GB DDR3 SDRAM

    Two Conventional PCI Slots

    One PCI-Express 2.0 x16 Slot

    One PCI-Express 2.0 x4 Slot

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    Six USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged Micro ATX Tower Chassis with CAG with One 3.5" External, One Slim 5.25", and One Slim 3.5" Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4475 GEMINI MODEL CK3-A391 BASIC PLATFORM FEATURING: 364.69

    Intel® Q67 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Four 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 16GB DDR3 SDRAM

    Two Conventional PCI Slots

    One PCI-Express 2.0 x16 Slot

    One PCI-Express 2.0 x4 Slot

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    Six USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged MicroTower Chassis with CAG with Two 5.25" External, One 3.5" External, and Two 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4526 GEMINI MODEL CM4-A391 BASIC PLATFORM FEATURING: 396.00

    Intel® Q67 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Four 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 16GB DDR3 SDRAM

    Two Conventional PCI Slots

    One PCI-Express 2.0 x16 Slot

    NCS Notebooks, Workstations, and Servers PO-1 New Catalog

  • NCS TECHNOLOGIES, INC.

    NCS NOTEBOOKS, WORKSTATIONS, AND SERVERS

    Name of

    Manufacturer ITEM No. Part Description GSA Price

    One PCI-Express 2.0 x4 Slot

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    Six USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged MidTower Chassis with CAG with Four 5.25" External, One 3.5" External, and 2 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4527 GEMINI MODEL CT1-I399 BASIC PLATFORM FEATURING: 1065.88

    Intel® Q67 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Four 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 32GB DDR3 SDRAM

    One Conventional PCI Slot

    One PCI-Express 2.0 x16 Slot

    One PCI-Express x4 Slot

    One PCI-Express x1 Slot

    Integrated Intel Graphics Support

    Two Serial ATA rev. 3.0 Interfaces Supporting 6GB/s Transfer Rate

    Four Serial ATA rev. 2.0 Interfaces Supporting 3GB/s Transfer Rate

    Two USB 3.0, Six USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged MicroATX Tower Chassis with CAG with One 5.25" External, One 3.5" External, and One 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4528 GEMINI MODEL CT2-I399 BASIC PLATFORM FEATURING: 1065.88

    Intel® Q67 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Four 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 32GB DDR3 SDRAM

    One Conventional PCI Slot

    One PCI-Express 2.0 x16 Slot

    One PCI-Express x4 Slot

    One PCI-Express x1 Slot

    Integrated Intel Graphics Support

    Two Serial ATA rev. 3.0 Interfaces Supporting 6GB/s Transfer Rate

    Four Serial ATA rev. 2.0 Interfaces Supporting 3GB/s Transfer Rate

    Two USB 3.0, Six USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged Micro ATX Tower Chassis with CAG with One 3.5" External, One Slim 5.25", and One Slim 3.5" Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4462 GEMINI MODEL CT1-A402 BASIC PLATFORM FEATURING: 358.43

    Intel® H61 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Two 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 8GB DDR3 SDRAM

    One Conventional PCI Slot

    One PCI-Express 2.0 x16 Slot

    Two PCI-Express 2.0 x1 Slots

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    Eight USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    Logitech Digital USB Stereo Speakers

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged MicroATX Tower Chassis with CAG with One 5.25" External, One 3.5" External, and One 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    NCS Notebooks, Workstations, and Servers PO-2 New Catalog

  • NCS TECHNOLOGIES, INC.

    NCS NOTEBOOKS, WORKSTATIONS, AND SERVERS

    Name of

    Manufacturer ITEM No. Part Description GSA Price

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4476 GEMINI MODEL CT2-A402 BASIC PLATFORM FEATURING: 364.69

    Intel® H61 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Two 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 8GB DDR3 SDRAM

    One Conventional PCI Slot

    One PCI-Express 2.0 x16 Slot

    Two PCI-Express 2.0 x1 Slots

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    Eight USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    Logitech Digital USB Stereo Speakers

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged Micro ATX Tower Chassis with CAG with One 3.5" External, One Slim 5.25", and One Slim 3.5" Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4477 GEMINI MODEL CK3-A402 BASIC PLATFORM FEATURING: 370.95

    Intel® H61 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Two 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 8GB DDR3 SDRAM

    One Conventional PCI Slot

    One PCI-Express 2.0 x16 Slot

    Two PCI-Express 2.0 x1 Slots

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    Eight USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    Logitech Digital USB Stereo Speakers

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged MicroTower Chassis with CAG with Two 5.25" External, One 3.5" External, and Two 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4449 GEMINI MODEL CT1-A405 BASIC PLATFORM FEATURING: 355.93

    Intel® H61 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Two 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 8GB DDR3 SDRAM

    One Conventional PCI Slot

    One PCI-Express 2.0 x16 Slot

    One PCI-Express 2.0 x1 Slot

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    One Parallel ATA IDE Interface

    Eight USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Logo Microsoft Wheel Mouse Optical with USB/PS/2 interface

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged MicroATX Tower Chassis with CAG with One 5.25" External, One 3.5" External, and One 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4450 GEMINI MODEL CT2-A405 BASIC PLATFORM FEATURING: 487.40

    Intel® H61 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Two 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 8GB DDR3 SDRAM

    One Conventional PCI Slot

    One PCI-Express 2.0 x16 Slot

    One PCI-Express 2.0 x1 Slot

    NCS Notebooks, Workstations, and Servers PO-3 New Catalog

  • NCS TECHNOLOGIES, INC.

    NCS NOTEBOOKS, WORKSTATIONS, AND SERVERS

    Name of

    Manufacturer ITEM No. Part Description GSA Price

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    One Parallel ATA IDE Interface

    Eight USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Logo Microsoft Wheel Mouse Optical with USB/PS/2 interface

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged Micro ATX Tower Chassis with CAG with One 3.5" External, One Slim 5.25", and One Slim 3.5" Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4447 GEMINI MODEL CK3-A405 BASIC PLATFORM FEATURING: 518.70

    Intel® H61 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Two 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 8GB DDR3 SDRAM

    One Conventional PCI Slot

    One PCI-Express 2.0 x16 Slot

    One PCI-Express 2.0 x1 Slot

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    One Parallel ATA IDE Interface

    Eight USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Logo Microsoft Wheel Mouse Optical with USB/PS/2 interface

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged MicroTower Chassis with CAG with Two 5.25" External, One 3.5" External, and Two 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS NCS4448 GEMINI MODEL CM4-A405 BASIC PLATFORM FEATURING: 533.73

    Intel® H61 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Two 240-pin DIMM Sockets

    Dual-channel Memory Operation Supporting 8GB DDR3 SDRAM

    One Conventional PCI Slot

    One PCI-Express 2.0 x16 Slot

    One PCI-Express 2.0 x1 Slot

    Integrated Intel Graphics Support

    Six Serial ATA Interfaces Supporting 3GB/s Transfer Rate

    One Parallel ATA IDE Interface

    Eight USB 2.0, One PS/2, One DVI, and One D-Sub Ports

    Integrated Intel® High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Logo Microsoft Wheel Mouse Optical with USB/PS/2 interface

    300 Watt - 500 Watt Power Supply

    Thermally Advantaged MidTower Chassis with CAG with Four 5.25" External, Two 3.5" External, and Four 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    FOUR4 SERIES

    INTEL CPU

    PENTIUM / CORE / CELERON CPUs AND DDR SDRAM

    NCS NCS4529 FOUR4 BUSINESS CLASS MINI TOWER MODEL MT-A391 BASIC PLATFORM FEATURING: 374.39

    Intel® Q67 Express Chipset

    Intel® Core™ Microarchitecture

    LGA1155 Socket ready for Pentium® CPUs or

    LGA1155 Socket ready for Core® i3 CPUs or

    LGA1155 Socket ready for Core® i5 CPUs or

    LGA1155 Socket ready for Core® i7 CPUs

    Four 240-pin DIMM Sockets Supporting Dual-channel Memory Operation Supporting 16GB DDR3 SDRAM

    Two Conventional PCI Slots

    One PCI-Express 2.0 x16 Slot

    One PCI-Express 2.0 x4 Slot

    Integrated Intel Graphics Support

    Integrated Trusted Platform Module (TPM)

    Ten USB 2.0, Two PS/2, One DVI, One DisplayPort, and One D-Sub Ports

    Integrated 8-channel High Definition Audio subsystem

    Integrated Gigabit LAN subsystem

    NCS Wheel Mouse Optical with USB/PS/2 interface

    Standard Keyboard w/ NCS logo Windows keyboard

    300 Watt - 360 Watt Power Supply

    MicroATX Tower Chassis with Two 5.25" External, One 3.5" External, and One 3.5" Internal Bays

    Limited Warranty including one year on-site service (excluding monitor (if any), keyboard and mouse) with 2 additional years parts only on a

    mail-in, mail-back basis. Monitor, keyboard and mouse covered for three years on mail-in, mail-back basis

    Base system requires additional components including but not limited to CD-ROM, keyboard, hard disk drive, video adapter, and in addition

    to CPU, memory, and operating system selections.

    NCS Notebooks, Workstations, and Servers PO-4 New Catalog

  • NCS TECHNOLOGIES, INC.

    NCS NOTEBOOKS,